Radiological Waste Transportation and Disposal
ID: 4-B176-Q-00683-00Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFARGONNE NATL LAB - DOE CONTRACTORLemont, IL, 60439, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)
Timeline
    Description

    The Department of Energy, through Argonne National Laboratory, is soliciting proposals from qualified contractors for the treatment and disposal of radioactive contaminated mixed waste and low-level waste. The primary objective is to ensure the safe handling and compliance with federal regulations, specifically the Resource Conservation and Recovery Act (RCRA) and the Toxic Substances Control Act (TSCA), while managing various waste streams, including mixed low-level waste (MLLW) and low-level waste (LLW). This procurement is critical for maintaining environmental safety and regulatory compliance in hazardous waste management. Interested contractors must submit their proposals by September 11, 2024, and can direct inquiries to Molly Murtaugh at mmurtaugh@anl.gov or by phone at 630-252-3094.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the treatment and disposal of low-level and mixed waste at Argonne National Laboratory (ANL). The primary objective is the safe handling of radioactive contaminated mixed low-level waste (MLLW) and low-level waste (LLW) in compliance with various local, state, and federal regulations. The Contractor is tasked with providing treatment and disposal services, ensuring that all waste meets Department of Energy (DOE) standards for disposal at approved facilities. Key responsibilities include maintaining all necessary permits, utilizing appropriate treatment technologies, performing waste characterization and testing, and ensuring compliance with applicable regulations throughout the treatment process. The Contractor must also manage transportation logistics, segregate waste appropriately, and provide brokerage services for waste shipments. ANL will support the Contractor by providing documentation for waste characterization and handling, coordinating logistics for shipments, and ensuring waste packaging meets regulatory requirements. Regular coordination meetings will be held to maintain up-to-date management and communication regarding waste treatment schedules and compliance. This document serves as a formal requirement for contractors involved in the remediation and disposal of hazardous waste, reflecting the federal government's commitment to environmental safety and regulatory compliance within its RFP process.
    This document is an addendum for Request for Quotation (RFQ) No. 4-B176-Q-00683-00 issued by Argonne National Laboratory, managed by the U.S. Department of Energy. The addendum, dated August 29, 2024, communicates a modification to the original RFQ, specifically extending the proposal submission deadline to September 11, 2024. It also indicates that responses to questions will follow. Offerors are requested to acknowledge receipt of this addendum by signing and returning a copy as part of their final proposal to the designated procurement specialist, Molly Murtaugh. This document underscores the procedural transparency integral to the government procurement process, ensuring all potential bidders receive the same information regarding the RFQ modifications.
    The document outlines Addendum No. 01 for Request for Quotation (RFQ) 4-B176-Q-00683-00, issued by Argonne National Laboratory, managed by UChicago Argonne, LLC, under the U.S. Department of Energy. The addendum primarily serves to extend the proposal submission deadline to September 11, 2024, and indicates that responses to Questions and Answers will be provided subsequently. Additionally, it requests that recipients acknowledge receipt of the addendum by signing and returning a copy alongside their final proposal via email. The correspondence is directed to offerors involved in the bidding process, and it emphasizes the laboratory's structure and contact information for further communication. This addendum is significant within the context of federal procurement processes as it illustrates procedural adjustments to queries and submission timelines, ensuring participation compliance for prospective vendors.
    The document outlines the Quality Assurance Procurement Requirements for suppliers working with Argonne National Laboratory. It establishes a comprehensive set of quality assurance (QA) standards, defining key roles such as buyer, supplier, and the necessary compliance with the Price Anderson Amendments Act (PAAA). The QA program requires adherence to various standards, including DOE O414.1D, ISO 9001:2015, and ISO 17025:2017, with specific regulations regarding the treatment of suspect or counterfeit items. Key responsibilities include ensuring product conformance, conducting audits, maintaining proper documentation, and following strict protocols for product identification and traceability. The document emphasizes the need for certificates of conformance and reports on nonconformance, detailing testing and inspection procedures. Special provisions apply for certain items, including first article inspections, shipments, and the handling of various materials, including electrical safety equipment. Overall, the guidelines seek to guarantee the highest standards of quality and safety in procurement for Argonne National Laboratory, reflecting the importance of rigorous compliance in government contracts.
    The file outlines a Request for Quotation (RFP) from Argonne National Laboratory (ANL) for waste disposal services. The document specifies that it is not an order but serves as a solicitation for proposals from offerors, inviting them to submit fixed-priced bids for the treatment and disposal of low-level and mixed waste. It emphasizes the need for proposals to adhere to established criteria without including pricing in the technical submission, which should demonstrate experience in related work, radiological waste management capabilities, quality assurance, safety practices, and transportation logistics. The RFP employs best value methodology for evaluating submissions, requiring detailed compliance with specified terms and conditions. Offerors must assess and indicate possible delivery impacts related to supply chain issues in the wake of the COVID-19 pandemic. Key documents referenced include various technical, legal, and contractual appendices that must be reviewed and completed as part of the proposal process. Ultimately, the RFP stresses ANL’s commitment to secure and high-quality service delivery while navigating external challenges, highlighting the importance of thorough preparations in response to evolving supply chain dynamics.
    The document outlines the certification requirements for contractors engaged in federal contracts to combat human trafficking, as mandated by the regulation 48 CFR 52.222-50. Contractors must certify that they have implemented a compliance plan to prevent prohibited activities associated with human trafficking. This includes monitoring and terminating any engagement in such activities by agents or subcontractors. The certification also requires contractors to assert either that no violations have been discovered following due diligence or to report any identified abuses along with the remedial actions taken. The certification must be signed by a duly authorized representative and is required prior to contract award and annually thereafter. This underscores the federal government's commitment to preventing human trafficking through stringent contractor compliance measures within RFPs, grants, and other procurement processes.
    The Argonne National Laboratory is issuing a Request for Proposal (RFP) for contractors to manage the treatment and disposal of radioactive-contaminated mixed waste and low-level waste. This solicitation invites prospective contractors to submit their bids by August 28, 2024, emphasizing that proposals must adhere to the outlined requirements, including submission in two distinct parts: Technical Management Information and Price and Business Management Information. The RFP utilizes a “Best Value” methodology, valuing both technical capabilities and pricing, with a recognition that superior technical performance may be prioritized over the lowest cost. Proposals must be firm for sixty days post-submission, and initial bids may be awarded without further negotiation. Respondents must follow strict guidelines for submission and indicate any restricted data through appropriate markings. Argonne intends to award at least two Blanket Purchase Agreements (BPAs) for future task orders, underscoring the importance of quality and past performance in the selection process. This RFP reflects the laboratory’s commitment to effectively managing hazardous waste while seeking high-quality contractors through a structured evaluation approach.
    The Statement of Work (SOW) from Argonne National Laboratory outlines the requirements for the treatment and disposal of low-level waste (LLW) and mixed low-level waste (MLLW), ensuring compliance with federal environmental regulations. The primary objective is to handle waste that contains radioactive isotopes and regulated chemical constituents in compliance with the Resource Conservation and Recovery Act (RCRA) and Toxic Substances Control Act (TSCA). Contractors must employ suitable treatment technologies, certify waste for disposal, and manage brokerage services for shipments. The SOW delineates specific waste streams, including MLLW non-debris and debris, and establishes the need for technical expertise in waste handling, including stabilization and neutralization processes. Contractors are responsible for maintaining necessary permits and for conducting thorough sampling and analysis of waste. The document emphasizes collaboration between Argonne and the selected contractor, requiring regular coordination and strict adherence to safety and environmental regulations. Overall, this SOW underscores the commitment to safe and compliant waste management practices critical for public health and environmental safety within federally regulated operations.
    The file outlines the technical specifications for a government contract focused on radiological waste treatment and disposal. The contractor must demonstrate at least three years of relevant experience and provide documentation of necessary operating and transportation licenses along with compliance status for disposal facilities. The document emphasizes the need for detailed procedures in handling low-level and mixed low-level radioactive waste (LLW & LLMW), including ownership information for disposal sites, environmental compliance history, and relevant permits. Quality assurance and safety measures are crucial, requiring contractors to submit comprehensive Quality Assurance and Safety Plans, as well as internal audit and operating procedures related to waste processes. Additionally, transportation capabilities are highlighted, necessitating valid Waste Hauling Permits and proof of compliance with DOT and other federal regulations for safe waste transportation. Overall, the purpose of this document is to ensure that contracted entities meet stringent qualifications and adhere to safety and regulatory standards while managing radiological waste.
    The document outlines the pricing structure for the treatment and disposal of Low-Level Waste (LLW) and Mixed Low-Level Waste (MLLW) over three fiscal years. Each section of the price list includes various service categories such as debris disposal, thermal treatment, and solidification/stabilization for solids and liquids. The document specifies waste types, including LLW with polychlorinated biphenyls (PCBs) below 50 parts per million (ppm) and MLLW subject to Resource Conservation and Recovery Act (RCRA), Toxic Substances Control Act (TSCA), and PCB regulations. The pricing categories are consistent across the three option years, highlighting a structured approach for addressing hazardous waste management. Additional service offerings include transportation costs, treatability studies, and sorting/segregation services. This price list is part of government procurement processes for RFPs and grants, ensuring compliance with environmental regulations while facilitating effective waste management practices. The focus remains on establishing rates that reflect typical waste treatment methodologies for hazardous materials, thus underscoring the government’s commitment to responsibly managing waste in alignment with public safety and environmental standards.
    The document serves as a pre-award information request for contractors engaged in federal projects, requiring completion of representations and certifications. Contractors must return an executed booklet confirming details such as their name, Unique Entity ID (UEI), contract number, and the existence of any planned use of radioactive material or radiation-producing devices. The proposal must clarify the intended work location, affirm compliance with radiation safety, and indicate whether contractor personnel will operate at government facilities. Additionally, the document outlines responsibilities for reporting executive compensation for larger contracts, compliance with affirmative action requirements, and adherence to Buy American provisions. It stresses the protection of proprietary data submitted in proposals and mandates compliance with federal standards on telecommunications and debarment matters. The document's structure includes sections on business classification, compensation data, affirmative action compliance, certifications of independent pricing, and disclosures relevant to lobbying activities and patent rights, indicating the government's stringent oversight on contractors involved in federal awards. Overall, this document mandates necessary disclosures and certifications to ensure contractor compliance with federal regulations and standards in the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Boiler & Utilities Maintenance Work
    Active
    Energy, Department Of
    The Department of Energy, through the Argonne National Laboratory, is seeking proposals for Boiler & Utilities Maintenance Work, with a contract duration ranging from a minimum of one year to a maximum of three years. The procurement aims to secure maintenance services for the boilers and utility systems in Building 108, requiring contractors to provide labor, materials, and adhere to specific certifications such as the National Board Inspection Code (NBIC) R-Stamp and ASME stamps. This opportunity is critical for ensuring the operational efficiency and safety of the laboratory's infrastructure. Interested contractors must submit their proposals by September 25, 2024, at 3:00 PM CST, and can direct inquiries to Jenna Doria-Garner at jdoria@anl.gov or by phone at 630-252-6988.
    0020 - Hazardous Waste Removal
    Active
    Labor, Department Of
    The Department of Labor is seeking contractors for hazardous waste removal services at the OSHA Technical Center in Sandy, Utah. The procurement involves comprehensive hazardous waste disposal, including collection, packaging, labeling, transportation, and disposal, in compliance with federal and state regulations. This initiative underscores the federal commitment to safe hazardous waste management and aims to engage small businesses, including those owned by service-disabled veterans and economically disadvantaged groups. Quotes are due by September 18, 2024, at 2:00 PM EST, and questions can be submitted until September 16, 2024, to Maria Britton at britton.maria.m@dol.gov, with a cc to Deborah Worrells at worrells.deborah@dol.gov.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    San Joaquin Hazardous Waste Removal and Disposal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for the San Joaquin Hazardous Waste Removal and Disposal project. This opportunity involves the removal, transportation, and disposal of various hazardous wastes, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations within a 50-mile radius of specified pickup locations. The selected contractor will be responsible for ensuring compliance with all applicable laws and regulations while providing necessary personnel, equipment, and documentation for the project. Interested firms must submit a capabilities statement by 5:00 p.m. EST on September 12, 2024, to Denna Crandall at Denna.Crandall@dla.mil, with a copy to hazardouscontractswest@dla.mil, clearly indicating "SOURCES SOUGHT San Joaquin" in the subject line.
    Gulf Coast Regional Hazardous Waste Removal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the Gulf Coast Regional Hazardous Waste Removal and Disposal contract. This procurement involves the removal, transportation, and disposal of hazardous and non-hazardous wastes generated by the government at military installations within a 50-mile radius in the Gulf Coast region, emphasizing compliance with federal, state, and DOT regulations. The contract is crucial for ensuring safe and timely waste management practices that support military operations, with a firm-fixed price structure and a performance work statement detailing specific requirements. Proposals are due by 1500 EST on October 4, 2024, and interested parties should direct inquiries to Raymond Empie at raymond.empie@dla.mil or by phone at 269-961-5034.
    Biowaste Removal
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors for the biowaste removal, transportation, treatment, and disposal of Biological/Infectious and Regulated Medical Waste from its Eastern Regional Research Center in Wyndmoor, Pennsylvania. The contractor will be responsible for ensuring compliance with DOT, EPA, and state regulations while providing necessary staffing, equipment, and materials for safe waste management, with weekly pickups and provisions for additional pickups during high-volume periods. This procurement is critical for maintaining environmental safety and compliance at the facility, with a contract period starting October 1, 2024, and extending for six months, with options for additional years up to March 2029. Interested parties must submit their quotations by September 23, 2024, to Elizabeth Wilson at elizabeth.wilson2@usda.gov, and are encouraged to review the attached Statement of Work for detailed requirements.
    G4-256017 - Lead Guillotines and Components - SEE DESCRIPTION/DRAWINGS
    Active
    Energy, Department Of
    The Department of Energy, through Argonne National Laboratory, is seeking quotations for the procurement of lead guillotines and associated components, including various lead box parts. The solicitation outlines specific requirements for multiple lead components, such as lead boxes, guillotines, and collars, all made from 99.9% pure lead, compliant with ASTM B749 standards, and necessitating firm fixed-price quotations in U.S. dollars. These components are critical for laboratory applications, ensuring safety and functionality in the handling of lead assemblies. Interested vendors must submit their completed proposals, including anticipated shipping dates and country of origin, by September 18, 2024, at 11:00 AM CST, and can direct inquiries to Annette Wegrzyn at awegrzyn@anl.gov or by phone at 630-252-2794.
    Hazardous Waste Disposal San Diego
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified small businesses to provide hazardous waste disposal services in San Diego, California. The procurement aims to identify capable firms, particularly those classified as 8(a), HUBZone, woman-owned, and service-disabled veteran-owned, to manage the transportation and disposal of various hazardous and non-hazardous wastes, including RCRA hazardous wastes, PCBs, and PFAS-related materials, in compliance with all applicable regulations. This contract is critical for ensuring safe and environmentally responsible waste management from military installations, with a proposed structure of a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity Services Contract, anticipated to span a 30-month base period followed by a 30-month option period. Interested firms must submit a capabilities package by 11:00 EST on September 20, 2024, to Andrea Tichenor at andrea.tichenor@dla.mil, with further details available in the draft documents provided.
    Building 420 Sector 36 Solid State Amplifiers
    Active
    Energy, Department Of
    UChicago Argonne, LLC, under the Department of Energy, is soliciting proposals for the procurement of electrical equipment, including transformers, switchboards, and panelboards, for the Building 420 Sector 36 Solid State Amplifiers project located in Lemont, Illinois. The objective is to establish new electrical infrastructure to support the amplifiers, with the urgency to acquire this equipment prior to the award of a related construction contract to maintain project timelines. This procurement is critical for enhancing the laboratory's electrical capabilities, ensuring compliance with safety regulations, and supporting advanced research initiatives. Proposals must be submitted electronically by September 4, 2024, with inquiries directed to Molly Murtaugh at mmurtaugh@anl.gov or by phone at 630-252-3094.
    Office of Radiological Security Support Services
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory, is soliciting proposals for Office of Radiological Security Support Services, specifically aimed at transitioning from high-risk gamma-ray radioactive sources to safer x-ray technologies. The procurement seeks small businesses with extensive experience in radiological security and management, requiring contractors to conduct surveys, analyze data, and provide expert guidance while coordinating with various stakeholders to enhance safety measures. This initiative is crucial for improving research practices and reducing radiological risks in both domestic and international contexts. Interested vendors must submit their quotations by September 24, 2024, and can contact Eric Nagel at enagel@bnl.gov for further information.